Öffentliche Ausschreibungen icc hofmann - Ingenieurbüro für technische Informatik
Am Stockborn 16, 60439 Frankfurt/M, FRG
Tel.: +49 6082-910101 Fax.: +49 6082-910200
E-Mail: info@icc-hofmann.net
Öffentliche Ausschreibungen

(1) Searching for "2019021409540834133" in Archived Documents Library (TED-ADL)


Ausschreibung: Vermietung von Wasserfahrzeugen mit Besatzung - DE-Bayreuth
Vermietung von Wasserfahrzeugen mit Besatzung
Rettungsschiffe
Dienstleistungen in Verbindung mit Rettungsbooten
Dienstleistungen von Offshore-Versorgungsschiffen
Dokument Nr...: 72964-2019 (ID: 2019021409540834133)
Veröffentlicht: 14.02.2019
*
  DE-Bayreuth: Vermietung von Wasserfahrzeugen mit Besatzung
   2019/S 32/2019 72964
   Auftragsbekanntmachung  Sektoren
   Dienstleistungen
   Legal Basis:
   Richtlinie 2014/25/EU
   Abschnitt I: Auftraggeber
   I.1)Name und Adressen
   TenneT Offshore GmbH
   Amtsgericht Bayreuth: HRB 4516
   Bernecker Straße 70
   Bayreuth
   95448
   Deutschland
   Kontaktstelle(n): Dominik Schellhase
   Telefon: +49 513289-2933
   E-Mail: [1]dominik.schellhase@tennet.eu
   NUTS-Code: DE
   Internet-Adresse(n):
   Hauptadresse: [2]https://www.tennet.eu/de/
   Adresse des Beschafferprofils:
   [3]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=11223
   4
   I.2)Informationen zur gemeinsamen Beschaffung
   I.3)Kommunikation
   Die Auftragsunterlagen stehen für einen uneingeschränkten und
   vollständigen direkten Zugang gebührenfrei zur Verfügung unter:
   [4]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=11223
   4
   Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen
   Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten
   Kontaktstellen
   I.6)Haupttätigkeit(en)
   Strom
   Abschnitt II: Gegenstand
   II.1)Umfang der Beschaffung
   II.1.1)Bezeichnung des Auftrags:
   Provision of Emergency Response and Rescue Vessels and Guard Vessels
   Referenznummer der Bekanntmachung: PRC-N-ODC-DS
   II.1.2)CPV-Code Hauptteil
   60651000
   II.1.3)Art des Auftrags
   Dienstleistungen
   II.1.4)Kurze Beschreibung:
   TenneT is looking for providers of ERRVs and guard vessels to conclude
   contracts for the duration of 3 years per lot with possibilities to
   twice extend the duration by another year. The tender is separated into
   2 lots (per vessel type).
   Lot 1 covers to provision of Emergency Response and Rescue Vessels
   (ERRV) and crews to ensure safety of people working offshore over the
   side or underneath the platforms. Main duties are to cover overboard
   works and rescue persons from the water and providing them with first
   aid.
   Lot 2 covers the provision of guard vessels and crews. The scope of
   work of the GV is to guard certain nearshore or offshore areas and
   maintain position between the target location and area with the most
   dense and dangerous traffic routes. The main activities of the GV are
   permanent observation of surrounding vessel traffic and to inform all
   vessels in the vicinity about the present activities via public
   broadcasts or by non-visual obstructions within their guarding area.
   II.1.5)Geschätzter Gesamtwert
   II.1.6)Angaben zu den Losen
   Aufteilung des Auftrags in Lose: ja
   Angebote sind möglich für alle Lose
   II.2)Beschreibung
   II.2.1)Bezeichnung des Auftrags:
   Emergency Response and Rescue Vessels (ERRV)
   Los-Nr.: 1
   II.2.2)Weitere(r) CPV-Code(s)
   34513700
   63725200
   76522000
   II.2.3)Erfüllungsort
   NUTS-Code: DE
   Hauptort der Ausführung:
   North sea: German Bight and Dutch waters.
   II.2.4)Beschreibung der Beschaffung:
   Lot 1 covers the provision of Emergency Response and Rescue Vessels
   (ERRV) and the respective crews. An ERRV is required by TenneT safety
   regulations as well as international regulations during various
   scenarios related to the operation of the platforms. It is to ensure
   and increase the safety of the people working offshore, especially
   during non-routine works at non-secured working environments, like over
   the side or underneath the platform. The ERRV will be utilised during
   scheduled maintenance campaigns as well as for short-term trouble
   shooting and construction campaigns. The ERRV will be working in close
   cooperation with the OIM/PIC or a designated project manager and will
   stay in close vicinity of the platform. Main requirements which an ERRV
   must fulfil are the following:
    covering overboard works,
    rescue from the water or recovering persons and providing them with
   first aid,
    take persons on board who have left the platform by means of
   evacuation under uncontrolled circumstances,
    take persons on board part of or the entire crew who have left the
   platform by evacuation means under controlled circumstances.
   II.2.5)Zuschlagskriterien
   Die nachstehenden Kriterien
   Qualitätskriterium - Name: Technical concept/availability / Gewichtung:
   35
   Qualitätskriterium - Name: Contractual conditions / Gewichtung: 25
   Qualitätskriterium - Name: SHE (Safety, Health and Environment) concept
   / Gewichtung: 5
   Preis - Gewichtung: 35
   II.2.6)Geschätzter Wert
   II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des
   dynamischen Beschaffungssystems
   Beginn: 01/08/2019
   Ende: 31/07/2022
   Dieser Auftrag kann verlängert werden: ja
   Beschreibung der Verlängerungen:
   The contract expires after 36 months, unless the client requests an
   extension of the contract, latest 3 months before expiration. The
   contract can be prolonged twice, each time by 1 year.
   The Client plans an actual commencement of the requested service
   (commencement of work) on 1.8.2019, whereby, irrespective of the
   conclusion of the contract, the agreed contract period begins.
   II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur
   Angebotsabgabe bzw. Teilnahme aufgefordert werden
   Geplante Anzahl der Bewerber: 3
   II.2.10)Angaben über Varianten/Alternativangebote
   Varianten/Alternativangebote sind zulässig: nein
   II.2.11)Angaben zu Optionen
   Optionen: nein
   II.2.12)Angaben zu elektronischen Katalogen
   II.2.13)Angaben zu Mitteln der Europäischen Union
   Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm,
   das aus Mitteln der EU finanziert wird: nein
   II.2.14)Zusätzliche Angaben
   Reg. II 2.9: Client reserves the right to negotiate with max. 3
   candidates/lot. Selection of candidates for negotiations after
   submission of offers will be based on the award criteria acc. section
   II.2.5).
   Submission of requests to participate by e-mail, post or fax is not
   permitted. All documents to be uploaded via Negometrix only. A
   violation of this will lead to exclusion of the candidate.
   II.2)Beschreibung
   II.2.1)Bezeichnung des Auftrags:
   Guard Vessels
   Los-Nr.: 2
   II.2.2)Weitere(r) CPV-Code(s)
   63725200
   76522000
   II.2.3)Erfüllungsort
   NUTS-Code: DE
   Hauptort der Ausführung:
   North Sea: German Bight and Dutch Waters.
   II.2.4)Beschreibung der Beschaffung:
   Lot 2 covers the provision of guard vessels and the respective crews. A
   guard vessel (GV) is required by TenneT safety regulations, BSH-permit
   as well as international regulations during various scenarios.
   The GV will work in close cooperation with the installation unit/OIM or
   a designated project manager and will stay in close vicinity of the
   area of operation. The vessel must maintain its position between the
   guarded target location and the area with the most dense and dangerous
   traffic routes. The scope of work of the GV is to guard certain
   nearshore or offshore areas, e.g. during cable repairs, to protect
   unburied cables and joints, UXO locations or to guard a platform during
   a total blackout. For the specific tasks, the Client distinguishes
   between GV of type A (24 knots), B (15 knots) and C (10 knots).
   The main activities of a GV are the permanent observation of
   surrounding ship traffic and to inform all vessels in the vicinity
   about the present activities or non-visual obstructions within their
   guarding area via public broadcasts.
   II.2.5)Zuschlagskriterien
   Die nachstehenden Kriterien
   Qualitätskriterium - Name: Technical concept/availability / Gewichtung:
   35
   Qualitätskriterium - Name: Contractual conditions / Gewichtung: 25
   Qualitätskriterium - Name: SHE (Safety, Health and Environment) concept
   / Gewichtung: 5
   Preis - Gewichtung: 35
   II.2.6)Geschätzter Wert
   II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des
   dynamischen Beschaffungssystems
   Beginn: 01/08/2019
   Ende: 31/07/2022
   Dieser Auftrag kann verlängert werden: ja
   Beschreibung der Verlängerungen:
   The contract expires after 36 months, unless the client requests an
   extension of the contract, latest 3 months before expiration. The
   contract can be prolonged twice, each time by 1 year.
   The contracting entity plans an actual commencement of the requested
   service (commencement of work) on 1.8.2019, whereby, irrespective of
   the conclusion of the contract, the agreed contract period begins.
   II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur
   Angebotsabgabe bzw. Teilnahme aufgefordert werden
   Geplante Anzahl der Bewerber: 3
   II.2.10)Angaben über Varianten/Alternativangebote
   Varianten/Alternativangebote sind zulässig: nein
   II.2.11)Angaben zu Optionen
   Optionen: nein
   II.2.12)Angaben zu elektronischen Katalogen
   II.2.13)Angaben zu Mitteln der Europäischen Union
   Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm,
   das aus Mitteln der EU finanziert wird: nein
   II.2.14)Zusätzliche Angaben
   Reg. II 2.9: Client reserves the right to negotiate with max. 3
   candidates/lot. Selection of candidates for negotiations after
   submission of offers will be based on the award criteria acc. section
   II.2.5).
   Submission of requests to participate by e-mail, post or fax is not
   permitted. All documents to be uploaded via Negometrix only. A
   violation of this will lead to exclusion of the candidate.
   Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische
   Angaben
   III.1)Teilnahmebedingungen
   III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen
   hinsichtlich der Eintragung in einem Berufs- oder Handelsregister
   Auflistung und kurze Beschreibung der Bedingungen:
   If an applicant wishes to apply for both lots, the applicant needs to
   submit complete sets of documents for both lots.
   Following requirements equally apply to lot 1 and lot 2.
   Proof must be provided by presenting the following documents, which
   represent TenneTs minimum conditions for all candidates:
    please provide an up-to-date extract of commercial register, not
   older than 3 months at the time of expiry of the participation period
   for the applying company,
    please provide a self-declaration that no grounds for exclusion under
   §§ 123, 124 GWB exist (Form A7, the corresponding form Form A7 can
   be downloaded via Negometrix and is to be submitted (uploaded) along
   with the application for participation of the applicant/tenderer),
    please provide a comprehensive company presentation providing
   information about company structure/organisation, ownership, main
   customers, and offered services,
    Please provide a companys organisational chart including all company
   locations and showing the total number of FTE (full-time employees).
   Please follow the instructions given in the Information Memorandum
   that can be downloaded from Negometrix. The form Annex A4 should be
   used for verification purposes (can be downloaded from Negometrix).
   In the event that the tenderer uses the capacities of another company
   to obtain the necessary professional, financial and technical
   qualifications under Sections III.1.1 to III.1.3 (e.g. group
   companies), the Form A3 must be completed and handed in together with
   the application for participation (the relevant documents can be
   downloaded via Negometrix) by the tenderer in order to prove that the
   other company/companies will be jointly and severally liable together
   with the applicant.
   III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit
   Auflistung und kurze Beschreibung der Eignungskriterien:
   If an applicant wishes to apply for both lots, the applicant needs to
   submit complete sets of documents for both lots.
   Proof must be provided by presenting the following documents, which
   represent TenneTs minimum conditions for all candidates per lot:
    please provide your annual financial reports (at least the company
   balance sheet and profit and loss) of the last 3 years that show an
   average annual revenue of minimum 4 000 000,00 EUR in the last 3 years.
   If an applicant wishes to apply for both lots, the required combined
   average annual revenue is minimum 8 000 000,00 EUR in the last 3 years.
   In case of a group involvement, this revenue relates to the total sales
   of the group, provided that the bidder is 100 % owned by the group
   parent and, in the case of forming a consortium, refers to the
   cumulative revenue of the consortium partners,
    please provide proof of existing business liability insurance with a
   coverage of at least 2 500 000 EUR per claim for property damage,
   personal injury and consequential loss (incl. duration of the
   insurance) or provide a statement to take such insurance in case of
   contract award,
    please confirm that all vessels to be utilised in the course of the
   contract will be properly insured with Marine Hull insurance/Hull and
   Machinery insurance up to the full value of the vessel and will have a
   P&I-insurance, or equivalent, with a minimum cover of 10 000 000,00
   USD,
    please confirm existence of a workers compensation and employers
   liability insurance to cover claims that are not covered by the
   insurance under P&I or similar, in accordance with legal requirements
   regarding your employees and other persons for which you could be held
   liable, if applicable, or confirm this is not required by legislation.
   In the event that the tenderer uses the capacities of another company
   to obtain the necessary professional, financial and technical
   qualifications under Sections III.1.1) to III.1.3) (e.g. group
   companies), the Form A3 must be completed and handed in together with
   the application for participation (the relevant documents can be
   downloaded via Negometrix) by the tenderer in order to prove that the
   other company/companies will be jointly and severally liable together
   with the applicant.
   III.1.3)Technische und berufliche Leistungsfähigkeit
   Auflistung und kurze Beschreibung der Eignungskriterien:
   Proof must be provided by presenting the following documents, which
   represent TenneTs minimum conditions for all candidates per lot:
   Following minimum requirements apply to lot 1: ERRV
    please provide references in the area of the services to be awarded
   by stating at least three appropriate reference contracts executed in
   2018,
    please provide a complete list of all suitable ERRVs available on
   short notice which are in your own fleet or in direct access to your
   company (affiliated company, sub-contractor, consortium partner, third
   party) that can be utilized for TenneT in case of contract award and
   call-off. Clearly distinguish between own vessels and third party
   vessels. Minimum requirement is a number of 4 ERRVs in the fleet or in
   direct access which comply with TenneTs requirements,
    please provide comprehensive datasheets for all suitable ERRVs as per
   aformentioned vessel list. With the datasheet, please provide proof of
   minimum length of 40,00 m LOA for each proposed vessel,
    for each proposed ERRV, please complete the Excel Sheet Confirmation
   of Certificates ERRV (can be downloaded via Negometrix). By completing
   the document, you confirm compliance with TenneT's requirements and
   applicable national/internatioal regulations,
    please provide proof that all vessels are fully certified acc. NOGEPA
   or UK Oil&Gas or Norwegian regulations/standards. Proof to be provided
   by submission of the respective certificate,
    please provide proof of compliance with Solas + ISM regulations
   [proof by certificate(s)], for each proposed vessel, regardless the
   size and tonnage of the vessel (we expect Solas and ISM for each
   vessel, even if smaller than 500 GT). Proof to be provided by the
   Safety Management Certificate (for ISM) and the Safety Equipment
   Certificate (for Solas).
   Following minimum requirements apply to lot 2: Guard Vessels (GV),
    please provide references in the area of the services to be awarded
   by stating at least three appropriate reference contracts executed in
   2018,
    please provide a complete list of all suitable GV available on short
   notice which are in your own fleet or in direct access to your company
   (affiliated company, sub-contractor, consortium partner, third party)
   that can be utilised for TenneT in case of contract award and call-off.
   Clearly distinguish between own vessels and third party vessels.
   Minimum requirement are the following number of GVs in the fleet or in
   direct access which comply with TenneTs requirements:
    type A (24 kn)  1 vessel,
    type B (15 kn)  3 vessels,
    type C (10 kn)  3 vessels,
    please provide comprehensive datasheets for all suitable GV (Type A,
   B, C) as per aformentioned vessel list,
    for each proposed GV, please complete the Excel Sheet Confirmation
   of Certificates GV (can be downloaded via Negometrix). By completing
   the document, you confirm the vessel is fully certified according to
   BSH and TenneT requirements and that the vessels fulfil the
   requirements regarding BSH obligations to provide evidence of minimum
   speed in respective sea areas (type A = 24 kn, type B = 15 kn, type C =
   10 kn), see section proof of speed.
   In the event that the tenderer uses the capacities of another company
   to obtain the necessary professional, financial and technical
   qualifications under Sections III.1.1) to III.1.3) (e.g. group
   companies), the Form A3 must be completed and handed in together with
   the application for participation (the relevant documents can be
   downloaded via Negometrix) by the tenderer in order to prove that the
   other company/companies will be jointly and severally liable together
   with the applicant.
   III.1.4)Objektive Teilnahmeregeln und -kriterien
   Auflistung und kurze Beschreibung der Regeln und Kriterien:
   See VI.3).
   III.1.5)Angaben zu vorbehaltenen Aufträgen
   III.1.6)Geforderte Kautionen oder Sicherheiten:
   III.1.7)Wesentliche Finanzierungs- und Zahlungsbedingungen und/oder
   Hinweise auf Vorschriften, in denen sie enthalten sind:
   III.1.8)Rechtsform, die die Unternehmensgruppe, der der Auftrag erteilt
   wird, haben muss:
   In the event that different bidders join together to form a consortium,
   the contracting entity will only accept a joint liability of the
   consortium.
   A statement has to be made, using Form A2 (can be downloaded via
   Negometrix), stating that all members of the bidding consortium are
   jointly liable.
   Furthermore, a clear consortia leader must be appointed. Moreover, the
   exact bidder constellation has to be explained and the legal
   construction needs to be visualized. The consortium structure shown in
   the prequalification phase is considered as fixed and may not be
   changed in the further proceedings.
   III.2)Bedingungen für den Auftrag
   III.2.1)Angaben zu einem besonderen Berufsstand
   III.2.2)Bedingungen für die Ausführung des Auftrags:
   III.2.3)Für die Ausführung des Auftrags verantwortliches Personal
   Abschnitt IV: Verfahren
   IV.1)Beschreibung
   IV.1.1)Verfahrensart
   Verhandlungsverfahren mit vorherigem Aufruf zum Wettbewerb
   IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen
   Beschaffungssystem
   Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung
   Rahmenvereinbarung mit einem einzigen Wirtschaftsteilnehmer
   IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder
   Lösungen im Laufe der Verhandlung bzw. des Dialogs
   IV.1.6)Angaben zur elektronischen Auktion
   IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA)
   Der Auftrag fällt unter das Beschaffungsübereinkommen: nein
   IV.2)Verwaltungsangaben
   IV.2.1)Frühere Bekanntmachung zu diesem Verfahren
   IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
   Tag: 12/03/2019
   Ortszeit: 12:00
   IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur
   Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber
   Tag: 27/03/2019
   IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge
   eingereicht werden können:
   Deutsch, Englisch
   IV.2.6)Bindefrist des Angebots
   Das Angebot muss gültig bleiben bis: 01/08/2019
   IV.2.7)Bedingungen für die Öffnung der Angebote
   Abschnitt VI: Weitere Angaben
   VI.1)Angaben zur Wiederkehr des Auftrags
   Dies ist ein wiederkehrender Auftrag: nein
   VI.2)Angaben zu elektronischen Arbeitsabläufen
   VI.3)Zusätzliche Angaben:
   The bidder can apply for lot 1, lot 2 or both lots. For each lot, a
   separate call for competition has to be completed by submission of the
   complete set of documents required per lot. Hence, a bidder applying
   for both lots has to submit 2 separate sets of documents.
   Please consider all tender documents and information provided on
   Negometrix:
   [5]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=11223
   4
   Please carefully read the Information Memorandum made available on
   Negometrix and follow the given instructions.
   The application for participation must be submitted electronically (in
   a standardised data format, such as PDF and MS Office format) via the
   Negometrix e-Tendering Platform, including all required information and
   supporting documents.
   Pre-submission of the application documents by e-mail/post/fax is not
   permitted and will lead to exclusion from the tender process.
   The requests to participate must be submitted in due time and complete
   by the deadline (see section IV.2.2).
   Late submissions cannot be considered.
   Incomplete sets of documents may lead to exclusion.
   All documents referred to in point III.1) Conditions of participation
   in this call for tender have to be submitted.
   All attachments have to be submitted exclusively via Negometrix only.
   Please use the templates made available on Negometrix.
   In the case of a consortium, all parties of the consortium have to hand
   in the same documents mentioned in section III.1) Conditions for
   participation.
   Please submit a comprehensive cover letter with the competition entry
   form and indicate the contact details of your main contact person for
   this call for competition.
   The client is entitled to transfer the rights and obligations of the
   subject matter of the contract to a special purpose vehicle (NewCo),
   irrespective of whether third parties have already participated as
   shareholders in this project company, or only after any transfer of
   this master agreement to such a project participate.
   §57 SektVO entitles the client to discontinue the award procedure at
   any time. The period of §160 Abs. 3 No. 4 GWB is explicitly pointed
   out.
   The contract(s) will be concluded without guaranteed minimum purchase
   quantities.
   On the basis of legitimate confidentiality interests, the client will
   make the tender documents available to the tenderer only after receipt
   of the confidentiality agreement signed by the tenderer. The NDA can be
   downloaded via Negometrix under the following link:
   [6]https://platform.negometrix.com/PublishedTenders.aspx?tenderid=11223
   4
   Authorised to call for this framework agreement are also companies
   affiliated with the client within the meaning of §§ 15 ff. AktG.
   Hence, call-offs under this contract can be made by the client (TenneT
   Offshore GmbH) and / or one of the following authorised entities:
    TenneT TSO GmbH,
    TenneT Offshore 1. Beteiligungsges. mbH,
    TenneT Offshore 7. Beteiligungsges. mbH,
    TenneT Offshore 9. Beteiligungsges. mbH,
    TenneT Offshore DolWin3 GmbH & Co. KG,
    DC Nordseekabel GmbH & Co. KG,
    TenneT TSO B.V.
   For both lots 1 + 2, provision of ERRV/guard vessels, the following
   projects [NorNed, BritNed, Cobra] are included in the SoW as long as
   there is not existing an earlier contract that still is applicable and
   includes provision of such vessels for safeguarding activities.
   For both lots 1 + 2, provision of ERRV/guard vessels, TenneT will only
   place call-off orders w.r.t. to this contract as soon and as long
   TenneT is in the full responsibility to purchase those demands. In
   cases of joined projects for which TenneT is not in full charge of
   provision of suchvessels, the Contractor is not entitled to claim for
   providing such vessel services to TenneT.
   VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
   VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
   Regierung Mittelfranken  Vergabekammer Nordbayern
   Postfach 606
   Ansbach
   91511
   Deutschland
   Telefon: +49 981531277
   E-Mail: [7]vergabekammer.nordbayern@reg-mfr.bayern.de
   Fax: +49 981531837
   Internet-Adresse: [8]http://www.regierung.mittelfranken.bayern.de
   VI.4.2)Zuständige Stelle für Schlichtungsverfahren
   Regierung Mittelfranken  Vergabekammer Nordbayern
   Postfach 606
   Ansbach
   91511
   Deutschland
   Telefon: +49 981531277
   E-Mail: [9]vergabekammer.nordbayern@reg-mfr.bayern.de
   Fax: +49 981531837
   Internet-Adresse: [10]http://www.regierung.mittelfranken.bayern.de
   VI.4.3)Einlegung von Rechtsbehelfen
   VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen
   erteilt
   Regierung Mittelfranken  Vergabekammer Nordbayern
   Postfach 606
   Ansbach
   91511
   Deutschland
   Telefon: +49 981531277
   E-Mail: [11]vergabekammer.nordbayern@reg-mfr.bayern.de
   Fax: +49 981531837
   Internet-Adresse: [12]http://www.regierung.mittelfranken.bayern.de
   VI.5)Tag der Absendung dieser Bekanntmachung:
   09/02/2019
   [BUTTON] ×
Direktlinks
   HTML ____________________
   PDF ____________________
   XML ____________________
   [BUTTON] Schließen
References
   1. mailto:dominik.schellhase@tennet.eu?subject=TED
   2. https://www.tennet.eu/de/
   3. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=112234
   4. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=112234
   5. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=112234
   6. https://platform.negometrix.com/PublishedTenders.aspx?tenderid=112234
   7. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
   8. http://www.regierung.mittelfranken.bayern.de/
   9. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
  10. http://www.regierung.mittelfranken.bayern.de/
  11. mailto:vergabekammer.nordbayern@reg-mfr.bayern.de?subject=TED
  12. http://www.regierung.mittelfranken.bayern.de/
--------------------------------------------------------------------------------
             Database Operation & Alert Service (icc-hofmann) for:
       The Office for Official Publications of the European Communities
                The Federal Office of Foreign Trade Information
 Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de
Ausschreibung ausschreibung Ausschreibungen Ingenieure Öffentliche Ausschreibungen Datenbank Öffentliche Ausschreibungen Architekten Öffentliche Ausschreibungen Bau